Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
MODIFICATION

87 -- Cow Lactation Pre-Mix - Solicitation 1

Notice Date
10/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
311119 — Other Animal Food Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area, National Animal Disease Center, 2300 Dayton Avenue, Ames, Iowa, 50010, United States
 
ZIP Code
50010
 
Solicitation Number
AG-6125-S-13-0009
 
Archive Date
11/27/2012
 
Point of Contact
Matthew Treska, Phone: 5153377415
 
E-Mail Address
matthew.treska@ars.usda.gov
(matthew.treska@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AGAR 452.209-70 FAR References and Clauses This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation AG-6125-S-13-0009 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The 2012 NAICS code applicable to this acquisition is 311119. To be considered a small business under this NAICS, offerors must not exceed the 500 employee size standard. Offers from vendors not meeting this criteria will be rejected with no further consideration. The USDA, ARS, National Animal Disease Center (NADC) has a requirement for a contractor to provide Cow Lactation Pre-Mix. The details and specifications for the pre-mix, along with instructions for markings, deliveries, and inspections, are attached with this posting. Any resulting award from this solicitation will be a fixed price, indefinite delivery-indefinite quantity (IDIQ) contract. Responsible offerors must be able to provide between 10 and 275 tons of the specified pre-mix as needed within four (4) working days of receiving a delivery notice. ALL LEGAL REFERENCES AND CLAUSES APPLICABLE TO THIS SOLICITATION ARE IN THE ATTACHED DOCUMENT. OFFERORS ARE RESPONSIBLE FOR REVIEWING THIS DOCUMENT; SUBMITTED OFFERS IMPLY CONSENT WITH THESE TERMS. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive literature (with pictures) describing their proposed product with enough detail to ascertain whether the product meets the criteria listed above. DOCUMENTS TO BE INCLUDED IN QUOTE : In order to be considered for award offerors shall provide 1) a Quote on company or formal letterhead detailing the item description, and unit price per item and total price; 2) at least 3 to 5 references. (Government references preferred but will accept commercial references). References shall be provided for the service proposed and if possible include the email address of the person to be contacted; 3) Offerors shall include a completed copy of the provisions FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acquisition.gov/comp/far/loadmainre.html; and 4) a completed copy of AGAR 452.209 - 70, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION attached with this posting. REJECTION OF QUOTATION: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. NOTE: Guidance in this solicitation for actions within CCR and ORCA are now conducted through the Single Award Management system found at www.sam.gov. Vendors MUST have a record showing "Active" to be considered for award. DELIVERY: FOB Destination. DELIVERY TO: USDA-ARS-NADC, 2300 Dayton Avenue, Building 13, Ames, IA 50010. Offers must state that deliveries will be completed within four (4) working days from each notification. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Matthew Treska, Purchasing Agent, USDA-ARS-NADC, 1920 Dayton Ave., Building 24, Ames, IA 50010, no later than 8:00 a.m. Central Time, November 26, 2012. Quotes and other requested documents may be provided by email: matthew.treska@ars.usda.gov or facsimile to (515) 337-7243 if desired. Additional information may be obtained by contacting the Purchasing Agent at matthew.treska@ars.usda.gov. No agreements, contractual obligations, or official information relating to this solicitation will be offered by phone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NADC/AG-6125-S-13-0009/listing.html)
 
Place of Performance
Address: USDA-ARS-NADC, 2300 Dayton Avenue, Building 13, Ames, Iowa, 50010, United States
Zip Code: 50010
 
Record
SN02920032-W 20121028/121026233830-963bb59c3afbdae6eefeaad7d22279bf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.